DRAFT - FA873025RB007 - All Domain Common Platform (ADCP) Security Cloud Engineering Network Develpoment (ASCEND) RFI
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8730 KESSEL RUN AFLCMC/HBBKHANSCOM AFB, MA, 01731-2100, USA

NAICS

Custom Computer Programming Services (541511)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback on a draft Request for Proposal (RFP) for the All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND) project. The primary objective of this procurement is to develop a secure, scalable, and reliable cloud-native platform that supports mission-critical applications while ensuring compliance with cybersecurity standards. This initiative is crucial for enhancing the Air Force's cloud capabilities and operational readiness in contested environments. Interested parties are encouraged to review the draft documents and submit their feedback by April 30, 2025, at 5 PM Eastern, with all inquiries directed to Michelle Landry at michelle.landry@us.af.mil or Rosa Krauss at rosa.krauss.3@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 2:04 PM UTC
The Indefinite Delivery/Indefinite Quantity (ID/IQ) Performance Work Statement (PWS) outlines requirements for the Air Force's All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND) initiative. The primary objective is to develop, operate, and maintain cloud environments for mission-critical applications, ensuring 24/7 operational readiness in contested scenarios. The contractor will manage cloud resources, implement best practices, and oversee security compliance while supporting various levels of classification. Key performance areas include platform architecture, migration to cloud environments, and continuous integration and delivery of applications. Additionally, the contractor is responsible for cybersecurity measures, providing 24/7 operational support, and preparing for surge needs when demand increases. Deliverables will follow Agile methodology, focusing on incremental outcomes meeting government standards. The PWS specifies operational constraints such as risk management, subcontracting, and contractor obligations for travel, data management, and electronic reporting. Several performance metrics, fiscal accountability, and communication protocols are laid out to ensure alignment with federal and DoD requirements, emphasizing transparency in procurement and compliance with security regulations. This document serves as a foundational agreement that guides the collaboration between the government agency and the contractor on cloud-based solutions, crucial for contemporary warfare readiness.
Mar 31, 2025, 2:04 PM UTC
The document outlines the Task Order (TO) 0001 Performance Works Statement (PWS) for the All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND). The main objective is to support enterprise-level cloud activities for the Air Force, emphasizing the contractor's role in developing a secure, scalable, and reliable cloud-native platform for mission-critical applications. Work is scheduled for one year, with four optional extensions, primarily at Hanscom and Langley Air Force Bases. Key performance objectives include improving platform architecture, implementing cybersecurity measures, and maintaining operational support for cloud infrastructures. Contractors must manage multiple environments while ensuring consistent availability and implementing robust DevSecOps practices. This includes transitioning existing workloads, establishing CI/CD pipelines, and integrating observability tools for monitoring application performance and security. A notable focus is on cybersecurity, ensuring compliance with military standards, and promptly addressing vulnerabilities. Transition plans for onboarding and offboarding personnel emphasize seamless knowledge transfer and effective policy compliance. The document lays out metrics for evaluating contractor performance, ensuring quality control, and demanding accountability in safeguarding mission-critical capabilities. Overall, this task order reflects the commitment to advancing the Air Force's cloud capabilities while bolstering security and operational readiness.
Mar 31, 2025, 2:04 PM UTC
The document pertains to Past Performance Information (PPI) requirements for the RFP FA873025RB007, aimed at assessing the performance of offerors, joint venture members, and critical subcontractors in previous contracts. It mandates the completion of a Past Performance Information Sheet for every relevant contract, detailing aspects such as the contract number, total dollar value, performance period, capabilities delivered, and complexities of data deliverables. Special instructions apply for ordering type contracts, requiring detailed information on associated orders. The offeror must specify their role (prime contractor/subcontractor) and provide information about the contracting activity, contract types, and performance issues. A comparative relevancy table must be filled, illustrating how past efforts correlate with the current acquisition, covering factors like business nature and program complexity. Additionally, if applicable, firms must disclose their compliance with utilization of small businesses as per government mandates. The document emphasizes that the government will independently assess the relevance of the provided information, which is vital for the evaluation of proposals. Overall, this file outlines a structured approach for assessing past performance in relation to future contract opportunities within federal guidelines.
Mar 31, 2025, 2:04 PM UTC
The document pertains to a Client Authorization Letter associated with RFP FA873025RB007 for the Department of the Air Force's ASCEND program, emphasizing the importance of past performance in procurement processes. Offerors are required to obtain client feedback on their past work for inclusion in their proposal's past performance volume, including critical subcontractors or joint venture partners. The letter requests clients to complete a questionnaire about the offeror’s performance, which must be submitted electronically, and underscores the need for controlled communication regarding sensitive source selection information. It specifies security protocols for transmitting such data via encrypted email, with designated points of contact for inquiries. This process aims to ensure the government can accurately assess the capabilities and reliability of bidders, thereby enhancing the evaluation of proposals in a competitive environment.
Mar 31, 2025, 2:04 PM UTC
The transmittal letter accompanying the Present/Past Performance Questionnaire concerns the Department of the Air Force's Request for Proposal (RFP) FA873025RB007, aimed at acquiring services for the All Domain Common Platform Security Cloud Engineering Network Development. The offeror must distribute and track the completion of performance questionnaires from key personnel and subcontractors, ensuring they are submitted directly to the government by a specified deadline. The communication of sensitive information is regulated by the Contracting Officer, including protocols for encrypted email submission. Respondents are instructed to complete the attached questionnaire and submit it confidentially, while any inquiries regarding the questionnaire should be directed to the government's contacts. The document emphasizes the importance of confidentiality in the selection process, maintaining strict compliance with government guidelines.
Mar 31, 2025, 2:04 PM UTC
The document outlines a Consent Form required for critical subcontractors, joint venture partners, or teaming contractors involved in a proposal to the Department of the Air Force for the All Domain Common Platform Security Cloud Engineering Network Development requirement (RFP FA873025RB007). It emphasizes the necessity for these parties to authorize the disclosure of their past and present performance information to the prime contractor during the source selection process. The Government seeks this consent to assess past performance relevance, which influences best value decisions in contract awards. The form must be completed and included with the Past Performance Volume of the proposal, ensuring compliance with disclosure regulations while facilitating informed evaluations by the Government’s Past Performance Team.
Mar 31, 2025, 2:04 PM UTC
The provided document appears to be an encrypted or corrupted file lacking coherent text, precluding meaningful analysis or summarization. It likely pertains to governmental RFPs (Requests for Proposals) or grants at federal, state, or local levels, which typically detail project scopes, eligibility, funding requirements, and submission guidelines. In a general context, such documents aim to facilitate transparency in public procurement and funding opportunities, ensuring that money is allocated efficiently to qualified applicants in various sectors. Without decipherable content, specific key points, and supporting details cannot be extracted or summarized. The intent of governmental RFPs usually involves soliciting bids for services that enhance public welfare, economic development, or infrastructural improvements.
Mar 31, 2025, 2:04 PM UTC
The document outlines the proposal requirements for the All Domain Common Platform Security Cloud Engineering Network Development program, emphasizing compliance with detailed submittal instructions crucial for eligibility. Offerors must submit a single proposal and are encouraged to provide their past performance information ahead of the deadline. Proposals should be organized into five volumes, each with specific formatting requirements, including page limitations and content expectations. Volume I includes the completed RFP and Professional Employee Compensation Plan, while Volume II focuses on the Written Technical Proposal, requiring a detailed response to the technical requirements and risk mitigation strategies. Volume III addresses past performance information for the offeror and relevant subcontractors, requiring a specific format for evaluation. Volume IV covers Small Business Participation Submission, detailing commitments to utilize small businesses, while Volume V addresses cost and pricing structures. The document's primary purpose is to guide and regulate the submission process to ensure fair and thorough evaluation of proposals, highlighting the importance of clarity, compliance, and systematic organization in responses, which are essential aspects of federal and state RFP processes.
Mar 31, 2025, 2:04 PM UTC
The document outlines the evaluation basis for awarding a contract to support the Air Force's requirements through a Certification Gate and Tradeoff Source Selection methodology. It specifies that the government will select one contractor based on a best value approach, considering technical superiority, past performance, and cost. Offerors must demonstrate compliance with various requirements, including facility clearance certifications, technical approaches, and small business participation. Key evaluation factors include: 1. **Technical Approach**: Emphasizing a robust management plan for the ADCP platform, risk identification, and mitigation strategies. 2. **Past Performance**: Assessment of prior work history and compliance with contractual obligations. 3. **Small Business Participation**: Evaluating commitments to utilizing small businesses in the effort. 4. **Cost/Price**: Ensuring proposed pricing is reasonable and aligns with expected market rates. Proposals will undergo a thorough analysis to ensure adherence to solicitation guidelines, and discussions may occur if deemed necessary. The government's focus is to ensure that proposals not only meet operational requirements but also foster small business participation and a good performance record, ensuring overall value and competitiveness. This structured approach aligns with federal contracting practices emphasizing transparency, fairness, and meeting mission objectives efficiently.
Mar 31, 2025, 2:04 PM UTC
The document outlines a solicitation for a contract titled "All Domain Common Platform Security Cloud Engineering Network Development," identified as FA873025RB007. It is classified under a "Rated Order" due to its relevance to national defense priorities and includes instructions for offerors, emphasizing the need for adherence to all terms in the solicitation. The main services required involve platform architecture, system engineering, cloud infrastructure support, cybersecurity, and service management over multiple contract years. The contract employs a Cost Plus Fixed Fee and Time and Materials pricing structure for various tasks, all outlined in an extensive table of contents and detailed service descriptions. The solicitation indicates that offers must be submitted by a specified deadline, includes conditions for late submissions, and acknowledges any amendments received. The contract administration details also cover invoicing procedures and compliance with security requirements. Overall, this solicitation serves to solicit bids from qualified contractors to develop and maintain a crucial national defense platform, ensuring alignment with strategic defense priorities and operational requirements.
Mar 31, 2025, 2:04 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for the All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND) prepared by the Air Force Life Cycle Management Center. It serves as a guide for government personnel and contractors regarding the necessary data items required for effective program management. Each data item is identified with a unique number and title, including specific reports such as the Portability Plan, Software Test Plans, Status Reports, and various management and risk assessments. Detailed instructions on completing the DD Form 1423 help ensure that all essential data, such as submission frequency, distribution statements, and required formats, are adhered to. The document emphasizes the importance of organized submissions through Electronic Data Interchange (EDI) and mandates that reports be free of proprietary language. The CDRL is structured to facilitate compliance and streamline communication between the contractors and the government, ensuring operational integrity and security throughout the development process of the ASCEND project. Overall, the CDRL aims to maintain standards of quality control and effective project oversight in accordance with federal regulations.
The Past Performance Questionnaire is a key document for companies responding to the Department of the Air Force contract proposal for the All Domain Common Platform Security Cloud Engineering Network Development (ASCEND) project. It seeks comprehensive details about the offeror, including company identification, contact information, contract specifics, role in the project, and the complexity of work performed. The questionnaire serves to collect performance evaluations from past performance references, assessing aspects such as quality of work, timeliness, customer satisfaction, management effectiveness, and compliance with safety requirements. It provides a rating system ranging from Exceptional to Unsatisfactory, helping to identify the offeror's suitability for future projects. Ultimately, this document aims to ensure that contractors meet high standards required for defense-related initiatives, ensuring efficiency and reliability in delivering essential services and products to the military and government agencies. Timely submission of the completed questionnaire is required by government officials for accurate evaluation.
Lifecycle
Similar Opportunities
DRAFT:
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a DRAFT Request for Proposal (RFP) for the development of an All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND). This initiative aims to establish a viable solicitation that will enhance the security and functionality of cloud engineering networks across various domains. The services sought are categorized under Custom Computer Programming Services, which are critical for supporting advanced program management and technical operations. Interested parties can reach out to Rosa Krauss at rosa.krauss.3@us.af.mil or call 719-440-6909 for further information regarding this opportunity.
C3E Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Request for Information (RFI) for the Cohesive Cloud Environment (C3E) initiative. This project aims to establish a comprehensive, multi-cloud, and multi-domain platform that enhances application hosting, collaboration, cybersecurity, and mission data access, ultimately improving operational capabilities and decision-making in response to threats. The C3E initiative is critical for dismantling technological silos within the Department of the Air Force, promoting efficient data sharing, and ensuring robust security measures. Interested vendors are required to submit a white paper by April 14, 2025, detailing their insights and responses to specific questions, with all submissions becoming government property. For further inquiries, potential respondents can contact Benjamin "Todd" Ellis at benjamin.ellis.10@us.af.mil or Benjamin Sears at benjamin.sears.7@us.af.mil.
Platform One Sources Sought/Call to Industry
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors through a Sources Sought notice for cybersecurity services to support Platform One, the military's software delivery engine. The procurement aims to identify vendors capable of providing a comprehensive range of cybersecurity services, including logging and monitoring, cyber defense, digital forensics, incident response, and vulnerability management, with a focus on enhancing security assessments and remediation strategies. This initiative is crucial for ensuring the secure delivery of software solutions within the military domain, leveraging the Platform One Solutions Marketplace (P1SM) as the contracting vehicle. Interested vendors must submit their qualifications or video submissions by April 30, 2025, and can direct inquiries to Capt Gonzalo Diago or MSgt John Barron via their provided email addresses.
AFTAC Data Operations (Data Ops)
Buyer not available
The Department of Defense, through the Air Force Technical Applications Center (AFTAC), is seeking industry participation for a sources sought notice related to the AFTAC Data Operations (Data Ops) initiative at Patrick Space Force Base in Florida. The objective is to invite submissions of white papers that align with the AFTAC Commercial Solutions Opening (CSO) 2024, specifically focusing on enterprise-wide integration and architecture modernization to support cross-domain data operations. This effort is critical for transitioning from on-premises systems to a cloud environment, enhancing data security, scalability, and operational efficiency. Interested parties are encouraged to submit their white papers following the CSO instructions, with an estimated contract award anticipated around November 2025, and a contract type of Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with a base ordering period of five years. For further inquiries, contact Lileana Moran at lileana.moran@us.af.mil or David Dike at david.dike.2@us.af.mil.
16th Air Force Commercial Solutions Opening
Buyer not available
The Department of the Air Force is issuing a Commercial Solutions Opening (CSO) to acquire innovative solutions, technologies, and services aimed at enhancing mission capabilities for the United States Air Force (USAF). This initiative, authorized under Department of Defense Class Deviation 2022-O0007, seeks to address capability gaps and foster advancements in areas such as Electromagnetic Warfare, Information Operations, Multi-Domain Innovation, and Cloud Computing. Interested vendors are invited to submit proposals in response to specific Calls, with the current Call 0001 focused on "Mission Relevant Terrain-Cyber Automation," open for submissions until January 31, 2024. For further inquiries, potential responders can contact Carissa Heuertz or Lisa Anderson at 16af.cso.workflow@us.af.mil. Note that funding is not currently available, and the government retains the right to award none, part, or all submissions based on evaluations and funding availability.
SAF/CDM Commercial Solutions Opening
Buyer not available
The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM), is soliciting innovative commercial solutions via the Commercial Solutions Opening (CSO) FA7146-21-S-C001. This initiative aims to acquire cutting-edge technologies and services that address defense-related activities, with a focus on closing capability gaps and enhancing technological advancements. The CSO follows a two-step process requiring interested vendors to first submit a White Paper for preliminary evaluation, with the open period for submissions lasting until September 1, 2025, and the final proposal submission deadline set for September 30, 2025. For further inquiries, interested parties can contact Kevin T. Adams at kevin.adams.20@us.af.mil or by phone at (301) 203-4766.
Trusted and Elastic Military Platforms and Electronic Warfare (EW) System Technologies (TEMPEST)
Buyer not available
The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking proposals for the development of Trusted and Elastic Military Platforms and Electronic Warfare (EW) System Technologies (TEMPEST). The primary objective is to investigate methodologies and technologies that enhance the resilience of avionics systems against cyber threats, including the development of advanced cyber security measures and open system architectures for both current and next-generation Air Force and DoD weapon systems. This initiative is crucial for ensuring mission assurance across various platforms, including manned and unmanned vehicles, ISR systems, and munitions. Interested parties can submit proposals until October 11, 2025, with an estimated program cost of approximately $808 million, and should direct inquiries to Timothy Matelski at timothy.matelski@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil for further information.
Cloud Tenant Infrastructure Support
Buyer not available
The Defense Finance and Accounting Service (DFAS) is seeking industry input for the Operation & Management (O&M) of the cloud-hosted infrastructure for the Defense Retired and Annuitant Pay System-Modernization (DRAS-M). This initiative aims to enhance financial management for approximately 2.9 million military retirees and their beneficiaries by transitioning from a legacy system to a modernized architecture hosted within a commercial Cloud Service Provider (CSP). The selected contractors will be responsible for project management, core infrastructure support, and cybersecurity services, ensuring compliance with DoD security standards and operational efficiency. Interested parties should submit their capability statements by April 9, 2025, and may contact Charolyn Jackson or Eric J. Filion for further information.
Commercial Data Center RFI
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) regarding the potential leasing of up to 620 acres at Davis-Monthan Air Force Base in Tucson, Arizona, for the establishment of a large-scale commercial data center. The objective is to assess interest in technologies that enhance energy reliability and resilience, including onsite energy generation, battery storage, and microgrid capabilities, with a focus on ensuring the facility can operate independently from the utility grid for extended periods. This initiative aligns with national defense and energy objectives, emphasizing the importance of sustainable energy solutions. Interested parties must submit their responses to Stephen Cassidy at STEPHEN.CASSIDY@US.AF.MIL by April 24, 2025, with submissions limited to eight pages in Microsoft Word or PDF format.
FA8307_RFI_Red_Hat_Openshift_Alternatives
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding alternatives to the Red Hat OpenShift Platform Plus, which is currently utilized for application development and deployment. The government requires solutions that can operate across unclassified impact levels, support C++ software pipelines, and incorporate a DevSecOps approach to enhance security within development workflows. This initiative is crucial for maintaining productivity and compliance in software development processes. Interested vendors must submit their responses using the provided RFI template to the designated contacts, Geoffrey Bender and Elijah Simmons, by the specified deadline, noting that no contract awards will be made as a result of this RFI.