USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Request For Proposal (RFP)
ID: FA8629-25-R-B007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8629 AFLCMC WISK SOF/PRWRIGHT PATTERSON AFB, OH, 45433, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables through a Request for Proposal (RFP). This procurement aims to establish a commercial Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a five-year base period with five one-year options, focusing on providing essential support for aircraft development, integration, prototyping, and production, particularly in the areas of irregular warfare and C4ISR. The contract, valued at up to $99 million, emphasizes the importance of past performance and price in the selection process, with proposals due by 4:00 PM Eastern Time on December 1, 2025. Interested parties should direct inquiries to Christopher Simendinger or Anaiya Taylor via email, and are encouraged to regularly check the RFP website for updates and amendments.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for contractor support to the Air Force Life Cycle Management Center (AFLCMC) Rapid Development and Integration Facility (RDIF). The RDIF, an organic development capability for Air Force Irregular Warfare (IW) and C4ISR, focuses on aircraft/equipment development, integration, prototyping, and production. Contractors will augment government resources, providing capabilities such as CAD/CAM, precision machining, welding, sheet metal work, aircraft component maintenance, and electrical manufacturing. Other essential services include material procurement, integration of subsystems, research and development, testing, quality assurance, engineering support, aircraft modification, ground operations, training, graphics, data management, program management, and shipping. Work will adhere to ISO and military standards, with specific tasks defined in individual task orders. The contractor must maintain security clearances, a quality control plan, and ensure the continuation of essential services. Performance standards for quality, quantity, and timeliness will be established per task order, with most work performed at Wright-Patterson Air Force Base, Ohio.
    This government file, Wage Determination No. 2015-4731, outlines the minimum wage rates and fringe benefits for service contract employees in Greene, Miami, and Montgomery Counties, Ohio. It specifies that contracts entered into on or after January 30, 2022, or renewed/extended on or after this date, are subject to Executive Order 14026, requiring a minimum of $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, and not renewed/extended, fall under Executive Order 13658, with a minimum of $13.30 per hour. The document details various occupational wage rates, paid sick leave provisions under EO 13706, and benefits like health & welfare, vacation, and twelve paid holidays. It also addresses hazardous pay differentials, uniform allowances, and procedures for conforming unlisted job classifications.
    The provided document, titled “RDIF TEP,” outlines estimated labor hours and material costs for various roles and materials across a ten-year fiscal period (FY26-FY36). Key labor categories include Administrative Support, Electricians, Quality Assurance Technicians, Sheet Metal Workers, CNC Operators/Machinists, Welders, Engineers/Scientists, Technicians, Professional Services, and a Program Manager, with specific hours detailed for each fiscal year. The document also projects significant estimated material purchases annually, ranging from $2,000,000.00 to $4,500,000.00, with no material markup indicated. The “TEP Contribution” and “Live Task Order” sections are currently blank, indicating they are placeholders for future data related to fully burdened NTE labor rates and total evaluated price. This document appears to be a template or a preliminary cost estimate for a federal government Request for Proposal (RFP) or grant, detailing the resource allocation and associated costs for a multi-year project, without providing the total evaluated price or specific contribution details at this stage.
    This government file outlines labor category requirements for various roles supporting a Rapid Development Integration Facility (RDIF) contract, likely a federal RFP. It details minimum education and experience for positions such as Program Manager, Electrician, Sheet Metal Worker, Quality Assurance Technician, CNC Operator/Machinist, Welder, Professional Services, Administrative Support, Engineer/Scientist, and general Technician. Each role specifies essential duties, required academic qualifications (e.g., Bachelor's, Associate's, HS or Equivalent, Formal Apprenticeship), and years of experience, often with distinctions for different levels (II, III, IV) and specific military or DOD acquisition experience. The document emphasizes familiarity with military technical manuals, blueprints, and relevant industry standards (ISO, FAA Regulations) for most roles, particularly those involved in aircraft modification, prototype installation, and repair. It focuses on ensuring high-quality, compliant work within cost and schedule parameters for aircraft and support equipment projects.
    The provided document indicates that the content is not immediately viewable and requires a PDF viewer. It suggests upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, with links provided for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. The purpose of this message is to guide the user in resolving display issues to access the intended content.
    Attachment 6 outlines a comprehensive list of equipment for a government RFP, likely for a federal grant or contract, covering metalworking, welding, packaging, electrical, and 3D printing capabilities. Key metalworking machinery includes various HAAS Vertical Machining Centers, a CNC Hydraulic Press Brake, lathes, and shears. Welding equipment features Miller TIG/Stick and MIG welders. Packaging and woodworking include Delta and Milwaukee saws. Electrical equipment lists UV laser wire markers, wire braiding machines, and heat shrink tube printers. The attachment also details desktop computers, 3D printers from Airwolf3D and Prusa, and a variety of specialized tool kits. This detailed inventory specifies models, manufacturers, and technical characteristics, indicating a requirement for a well-equipped facility capable of diverse manufacturing and assembly tasks.
    This Quality Assurance Surveillance Plan (QASP) outlines the performance-based service acquisition for the Rapid Development Integration Facility (RDIF), focusing on aircraft development, integration, prototyping, and production. It establishes a Multi-Functional Team (MFT) composed of stakeholders to ensure contract success, assess contractor performance, and implement continuous improvements. The QASP details roles and responsibilities for various personnel, including the Chief of the Contracting Office, Contracting Officer, COR Supervisor, Functional Commander/Director, Quality Assurance Program Coordinator, and Contracting Officer Representative. It also specifies performance management through market research and MFT meetings, initial performance review criteria, and the use of the Contract Performance Assessment Reporting System (CPARS). The document includes a comprehensive Services Summary outlining performance objectives, thresholds, surveillance methods (customer complaint, periodic, 100% inspection), and remedies for non-conforming services. Various forms for documenting discrepancies and corrective actions are provided.
    The provided government file, titled "EXHIBIT 1," is an extremely brief document that solely presents its title without any further content. Given the context of government RFPs, federal grants, and state/local RFPs, it is highly probable that this document serves as a placeholder or an introductory page for a larger, more detailed exhibit. Without additional information, it is impossible to ascertain the specific main topic, key ideas, or purpose of "EXHIBIT 1." Its current form suggests it is a reference point within a broader set of documents, indicating that substantive content is expected to follow under this designation.
    The provided document, "Attachment 9 - RFP Questions and Comments," is a template designed to log questions and comments related to a Request for Proposal (RFP) process. It includes fields for question number, origin (From), date, document reference (Page and Paragraph Ref.), the question/comment itself, and the corresponding answer. This log serves as a centralized record for inquiries, ensuring transparency and equal access to information for all potential bidders, as indicated by the note "Answers will be posted for all to see." This type of attachment is crucial in government RFPs and grants for managing communication between the issuing agency and interested parties, facilitating a fair and consistent response process.
    This Performance Work Statement (PWS) outlines the requirements for a contractor to fabricate, assemble, inspect, test, and deliver one B-52 PLLF1-11002-5 VLF Kit to DLA at Warner Robins AFB. The contractor will provide the necessary technical expertise, manpower, and materials, adhering to the RDIF IDIQ Contract FA8629-26-R-B003. Key responsibilities include ensuring quality assurance, managing material orders, providing weekly updates, performing fabrication and finishing, and maintaining a clean work environment. The RDIF will provide funding, facilities, tools, drawings (including Boeing and RDIF redline specifications), coordinate external efforts, and supply specific electrical cables. Work will be performed at Building 148, WPAFB, OH, and the contractor facility, with a required SECRET security clearance. The period of performance is until July 31, 2027, with performance standards outlined for precision machining, welding, sheet metal, cables, purchasing, integration, quality assurance, and program management, including specific Boeing and RDIF redline specifications for materials and processes.
    This government file outlines detailed instructions for Offerors to electronically submit Past Performance Information (PPI) using a dedicated PPI Tool (Access database) for federal government RFPs. The process involves requesting the tool, saving it with a specific filename, and enabling content due to security warnings. Offerors must set up business relationships, identifying prime and sub-prime organizations, and then input comprehensive past performance data across various tabs—Contract Information, Program Details, and POC & Key Individuals. Required fields include contract values, performance periods, descriptions of efforts, relevance to the RFP, and compliance with small business concerns. The tool also facilitates printing reports (Business Relationships and Past Performance) and submitting the electronic PPI file, with specific naming conventions for prime and subcontractors. Instructions for troubleshooting missing 'Save As' buttons and editing Offeror/RFP numbers are also provided, ensuring a thorough and compliant submission process.
    This document outlines instructions for offerors responding to a federal government Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The contract supports the Rapid Development Integration Facility's (RDIF) mission of aircraft part development, integration, prototyping, modification, and production for military aircraft. Key instructions include a 220-day offer validity period, specific points of contact for questions, and procedures for debriefings and addressing discrepancies. Offerors must submit proposals electronically, adhering to strict page limits and formatting. Pricing information, including labor rates and material markup percentages, must be provided in the RDIF Price Matrix and will be binding for all task orders. The proposal requires four volumes: Contract Documentation, Technical, Past Performance, and Price, with detailed content requirements for each. Special attention is given to submitting export-controlled data, requiring Offerors to obtain a certified DD Form 2345. The evaluation criteria include Past Performance, Price, and Technical Capability. The document also details various FAR and DFARS clauses incorporated by reference and in full text.
    This government file outlines the evaluation criteria for a federal acquisition, specifically an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Rapid Development Integration Facility (RDIF) support. The selection process uses a Past Performance Price Tradeoff (PPT) where Past Performance is significantly more important than Price, though Price will substantially influence the decision. Proposals will be evaluated on Technical Capability (pass/fail for Live Task Order and Management of IDIQ subfactors), Past Performance (recency, relevancy, and quality leading to a confidence assessment), and Price (completeness, reasonableness, unbalanced pricing, and Total Evaluated Price calculation). The government intends to award one contract without discussions but reserves the right to hold them, and grossly deficient or non-compliant proposals may be excluded.
    This document is a solicitation (FA862925RB007) for Women-Owned Small Businesses (WOSB) to support the Air Force Rapid Development Integration Facility (RDIF). The Air Force Life Cycle Management Center is seeking supplies, services, and deliverables, with an estimated total award amount of USD 99,000,000.00. The contract spans a five-year base ordering period with five one-year options. Key services include labor, materials, travel, and data deliverables, all under firm-fixed-price arrangements. Labor requires personnel to meet specific qualifications outlined in an attachment, with rates provided in the RDIF Price Matrix. Material costs will be reimbursed at actual cost plus a markup. Travel is reimbursed per Joint Travel Regulation rates without additional markups. Data deliverables, specified in CDRLs A001-A009, are not separately priced. The solicitation also details clauses regarding payment instructions via Wide Area WorkFlow (WAWF), subcontracting limitations, and requirements for contractor access to Air Force installations and Common Access Cards (CACs). An ombudsman is available for concerns, and several FAR and DFARS clauses are incorporated by reference and full text.
    This document is a solicitation for a Women-Owned Small Business (WOSB) for the Air Force Rapid Development Integration Facility (RDIF) to provide supplies, services, and deliverables. It outlines a five-year base ordering period with five one-year options for labor, materials, travel, and data. The contract specifies Firm Fixed Price arrangements for all line items. Key requirements include adherence to a Performance Work Statement (PWS), labor category qualifications, and a price matrix for rates. The document details invoicing procedures through Wide Area WorkFlow (WAWF), various FAR and DFARS clauses, and limitations on subcontracting, emphasizing that the prime contractor must perform a significant portion of the work. It also includes clauses for contractor access to Air Force installations and Common Access Cards (CACs) for personnel. The overall contract ceiling is $99,000,000.00, with a minimum order of $5,000.00 and a maximum order of $10,000,000.00 for a single item. Attachments include the PWS, price matrix, labor qualifications, and a quality assurance surveillance plan.
    This government file addresses questions and comments regarding a Request for Proposals (RFP) for the RDIF IDIQ4 contract, specifically FA8629-25-R-B007. Key concerns include the competitive implications of an incumbent contractor benefiting from prior government-funded work, potential organizational conflicts of interest, and ensuring a level playing field for new entrants. The document clarifies the anticipated start date, confirms the removal of "DRAFT" watermarks, and updates attachment references. It also addresses questions about the inclusion of full text FAR clauses, subcontracting limitations, and the use of SAM UEI instead of DUNS numbers in various tools and forms. The government maintains that the incumbent does not have an unfair advantage and will not change the live task order. It also clarifies reporting frequencies, page limits for Bills of Materials, and resume requirements, while providing guidance on specific clamp kits and labor rate proposals.
    Similar Opportunities
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    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.
    Space Command and Control (C2) Project 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) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    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.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.