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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    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.
    Aerospace Readiness Enterprise System (ARES) Notional Schedule Update
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Aerospace Readiness Enterprise System (ARES) Notional Schedule Update, aimed at enhancing scheduling and training systems within the Operations Enterprise Architecture (OpsEA) Salesforce platform. Vendors are invited to develop solutions that can either utilize Salesforce-native no/low-code development or a prototype-based approach, ensuring integration with existing systems and compliance with security protocols. This initiative is critical for improving operational readiness and efficiency within the Air Force, with a prototype phase funded at $500K per team, lasting three months, and requiring development at an IL4 security level. Key deadlines include the release of the final solution solicitation on December 15, 2025, and the receipt of solutions by January 9, 2026. Interested parties can reach out to Evan Pomfret at evan.pomfret.1@us.af.mil or Lauren Cheslofska at lauren.cheslofska@us.af.mil for further inquiries.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white paper submissions for the Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial products and services that provide an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, with a focus on secure collaborative platforms and Impact Level 5 (IL5) accreditation. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and secure IT tools, with individual contracts expected to range from $500,000 to $4,000,000 and performance periods between 1 to 5 years. Interested vendors should submit their white papers by following the detailed instructions provided, and can contact Mason R Worsham or Gage E Egierski for further information. The CSO is open for submissions until November 2026.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    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.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    16th Air Force Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, specifically the 16th Air Force, is issuing a Commercial Solutions Opening (CSO) to solicit innovative solutions aimed at enhancing the Air Force Information Network (AFIN) operations and Defense Cyberspace Operations (DCO). The primary objective is to address evolving cyber threats by improving resource allocation, addressing skill gaps, and enhancing training and defensive cyber capabilities. This opportunity is crucial for acquiring advanced technologies and services that can streamline operations and bolster the Air Force's mission capabilities. Interested parties can submit proposals for Call 0005, which is open for submissions from December 12, 2025, to January 26, 2026, and should contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil for further information.
    Q&A Responses for Software - Small Uncrewed Aerial System (sUAS) Capabilities
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Q&A session related to the development of software for Small Uncrewed Aerial Systems (sUAS) capabilities. This initiative aims to integrate a software stack via a Software Development Kit (SDK) into sUAS platforms, with a focus on establishing a standard interface protocol for autopilot and autonomy integrations while adhering to domestic sourcing requirements aligned with the DoD's "Buy American" initiatives. The Air Force will provide Concepts of Operation (CONOPS) and Interface Control Documents (ICDs) in future solicitations, which will allow for innovation within American sourcing constraints, and emphasizes the importance of anti-tamper measures. Interested parties can reach out to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Jesse Cooley at jesse.cooley.1@us.af.mil for further information.
    SAF/CDM Commercial Solutions Opening
    Dept Of Defense
    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 commercial items, technologies, and services that address defense-related activities and close existing capability gaps, particularly in areas such as countering strategic competitors, Big Data, AI/ML technologies, and emerging cyber technologies. The CSO operates under a two-step process, with White Papers due by September 1, 2026, followed by invited proposals due by September 30, 2026, and anticipates multiple awards with an estimated budget of $100 million. Interested vendors can contact Kevin T. Adams at kevin.adams.20@us.af.mil or (301) 203-4766 for further details.
    Request for Information (RFI) for Passive Defense Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) for passive defense solutions aimed at countering threats posed by Group 1-3 Unmanned Aerial Systems (UAS) to USAF assets. The Air Force is seeking industry input on solutions that utilize Camouflage, Concealment, Deception, and Hardening (CC&D+H) measures, with an emphasis on low-cost, user-friendly, and rapidly deployable options that can integrate with existing systems. These solutions are critical for enhancing the protection of Air Force assets by reducing spectral and visual signatures while ensuring operational continuity. Interested vendors are required to submit a five-page response detailing their company overview, proposed solutions, technical approaches, performance data, and cost/schedule by December 22, 2025, at 1600 EST. For further inquiries, vendors may contact Timothy Overby at timothy.overby.1@us.af.mil or Jennifer Judkins at jennifer.judkins@us.af.mil.
    Aerospace Readiness Enterprise System (ARES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Aerospace Readiness Enterprise System (ARES), a next-generation enterprise solution aimed at modernizing aircrew scheduling, standardization and evaluation (stan/eval), and training management. The ARES initiative seeks to replace outdated systems such as Patriot Excalibur (PEX), Puckboard, and Graduate/Training Integration Management System (G/TIMS) by providing a unified, cloud-based platform that enhances operational readiness and efficiency across various Air Force commands. The selected prototype must be developed within 90 days of contract award, with a total funding amount of $500,000, and will be evaluated based on its ability to meet specified functional and non-functional requirements. Interested parties can direct inquiries to Lauren Cheslofska or Leonardo Dominguez via their provided email addresses, with questions accepted until December 19, 2025.