AEF Augmentation
ID: FA7037Type: Solicitation
AwardedDec 15, 2022
Award #:FA703723D00001
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7037 AMIC DET 2SAN ANTONIO, TX, 78243-7091, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AEF Augmentation contract, which focuses on providing personnel and technical services for A3 Readiness Analysis. The contractor will be responsible for managing and analyzing the operational readiness of military forces, ensuring compliance with Air Force and U.S. Cyber Command standards, and delivering key reports and documentation over a base year with four optional years. This contract, valued at approximately $16.5 million, emphasizes the importance of readiness reporting and operational efficiency in military operations. Interested parties should contact Andrew Erickson at andrew.erickson.4@us.af.mil or Gregory Love at gregory.love.2@us.af.mil for further details, noting that funds are not currently available for this effort and the solicitation may be canceled at the government's discretion.

    Files
    Title
    Posted
    The document appears to be an incomplete PDF message indicating that the content is not available for viewing due to compatibility issues with the PDF viewer. It suggests upgrading to the latest version of Adobe Reader for better accessibility. The message does not contain substantive information related to federal government RFPs, grants, or related topics. Hence, no key ideas or supporting details can be extracted about specific programs or grants. The primary topic cannot be determined as the document lacks content necessary for analysis. It remains a technical notification rather than a substantive government document or RFP. Therefore, further information or a functioning document would be required to accurately summarize and analyze the intended contents related to government proposals or grants.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to support the Air Force Cyber Operations Directorate (AFCYBER/A3) in conducting readiness analysis. The contractor will manage and analyze the operational readiness of military forces, ensuring alignment with Air Force and U.S. Cyber Command (USCYBERCOM) standards. Key tasks include collaboration with various military branches, preparation of briefing materials, analysis of readiness data, and documentation of findings. The contract encompasses a base year and four optional years, with specific deliverables required, including reports and meeting minutes. Government resources such as workspace, equipment, and security clearances will be provided to the contractor, who must adhere to safety protocols, recordkeeping regulations, and travel requirements. The contractor is also responsible for maintaining professional appearance and compliance with security requirements. The contract emphasizes the importance of readiness reporting and the identification of operational shortfalls, thus aiming to improve overall mission capability. Together, these elements ensure effective support to military operations while enhancing force readiness and efficiency.
    The Past Performance Information Sheet is a government document required for contractors to provide details about their previous performance on contracts. It is structured into three main parts. Part I requires identification of the contractor, contract and performance details, and confirmation of whether the work was performed as a prime contractor, including the availability of contract performance assessment reports (CPARs). Part II focuses on gathering contact information for contracting officers and representatives relevant to the past performance. Part III allows contractors to provide a narrative summarizing the work sample, detailing challenges faced and actions taken to resolve performance issues. The document emphasizes the importance of demonstrating management capabilities in handling problems and achieving improvements, which is essential for federal requests for proposals (RFPs) and grants. Overall, it serves as a critical evaluation tool for assessing a contractor's reliability and past success in executing government contracts, influencing future contracting decisions.
    The document outlines the requirements for a proposal under the federal Request for Proposal (RFP) FA7037-25-R-0002 aimed at AEF Augmentation. It specifies the need for Offerors to demonstrate their capabilities through metrics such as the number of Full-Time Equivalents (FTEs) in "Intelligence Analyst" or "Cyber Analyst" positions, and to provide work samples (contracts/task orders) that showcase similar experiences to those outlined in the A3 Readiness Analysis Performance Work Statement (PWS) dated October 22, 2024. A self-scoring matrix is included, which allows Offerors to evaluate their own submissions against a maximum possible score of 150 points, with a pertinent focus on demonstrating relevant experience and expertise. The document serves as a critical component of the evaluation process for contracting firms seeking to engage in federal government-supported intelligence and cyber operations, establishing clear parameters for assessing qualifications and past performance relevant to the proposed work.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for commercial products and services relating to A3 Readiness Analysis for the U.S. government. It details the requisition number, award date, solicitation number, contact information, and submission guidelines. The contract encompasses non-personal services over several periods, including labor and travel, with a total award amount of $16,500,000. Specific contract clauses and regulations, including provisions for payment processing, inspection and acceptance criteria, and options for extending services, are emphasized. The document also incorporates compliance with the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), which establishes operational standards for government contracts, including requirements for small business utilization and safeguarding sensitive information. Overall, this solicitation aims to engage WOSBs in fulfilling key government service needs while adhering to federal mandates.
    Lifecycle
    Title
    Type
    Solicitation
    Tactical Systems Emulator
    Currently viewing
    Award
    Similar Opportunities
    Salesforce follow on FOE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a follow-on contract related to Salesforce services, as indicated in the Justification notice. The procurement aims to continue the development and support of business application software as a service, which is critical for enhancing IT and telecom capabilities within the department. This opportunity is set to take place in Washington, DC, and is essential for maintaining operational efficiency and effectiveness in the Air Force's IT infrastructure. Interested parties can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the Fair Opportunity Exception and any associated timelines.
    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.
    RTWS Termination- A3A, IAS, & amp; SEF Staff Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support services for the RTWS Termination project, which involves technical, logistical, and operational assistance for airfields, special use airspace, and ranges managed by the Headquarters Air Combat Command (HQ ACC). The procurement aims to enhance the capabilities of various divisions within HQ ACC, including the Airspace, Ranges, and Airfield Operations Division (A3A), the Resources and Budget Division (A3R), and the International Affairs Security Cooperation (IAS), which collectively support airfield operations, financial guidance, and foreign military sales. This opportunity is crucial for maintaining operational readiness and safety for the 1,100 aircraft under HQ ACC's purview. Interested parties can reach out to Desiree Logan at desiree.logan@us.af.mil or Edward Smith at edward.smith.65@us.af.mil for further information.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Transient Alert Services 1 Bridge 2 Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    FEURY Extension Redacted J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to extend the FEURY Program through a Justification and Approval (J&A) process. This opportunity involves platform support services in the IT and telecom sector, focusing on database, mainframe, and middleware labor. The FEURY Program is critical for maintaining and enhancing operational capabilities within the Air Force's communication and information systems. Interested parties can reach out to Luis Fraguada at luis.fraguada@us.af.mil or by phone at 781-225-2530 for further details regarding this procurement opportunity.
    A3 Salesforce Licenses Fair Opportunity Exception
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Salesforce licenses through a Fair Opportunity Exception. This procurement aims to fulfill specific IT and telecom needs related to business application development software as a service, which is critical for enhancing operational efficiency within the department. The opportunity is based in Washington, DC, and is part of a broader initiative to streamline software solutions for military operations. Interested vendors can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the justification and requirements outlined in the attached Fair Opportunity Exception document.
    Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors for the Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network. This procurement involves network support services, specifically aimed at maintaining and enhancing the capabilities of the USAEDS, which plays a critical role in monitoring and detecting nuclear activities. Interested parties can reach out to Katie Day at katie.s.day.civ@mail.mil or by phone at 618-418-6265 for further details regarding the contract, which is categorized under the PSC code DG01 for IT and telecom services. The opportunity is currently in the justification phase, and specific funding amounts and deadlines have not been disclosed.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.