RFI- Interim Contractor Support or Commercial TRON solution.
ID: C3NK-TRON-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2291 AFLCMC C3NKHANSCOM AFB, MA, 01731-2100, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors through a Request for Information (RFI) for Interim Contractor Support and Sustainment of the Tactical Remote Operations Node (TRON) Program. The objective is to identify vendors capable of providing both traditional and alternative off-the-shelf solutions to meet the operational requirements of the TRON program, which includes responsibilities such as maintenance, software updates, help desk support, and training. This RFI is a critical step in the procurement process, emphasizing the importance of data security and compliance with Controlled Unclassified Information (CUI) regulations. Interested vendors must submit their responses by August 1, 2025, and can contact Abigail Browchuk or Michael Lodi for further information at their respective email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Non-Disclosure Agreement (NDA) specifically for personnel affiliated with the Air Force who require access to Controlled Unclassified Information (CUI). It establishes legal obligations and responsibilities regarding the handling and safeguarding of CUI, which includes categories such as General Procurement and Acquisition, Controlled Technical Information, and Export Controlled data. Signers must acknowledge their understanding of the importance of protecting this information from unauthorized disclosure and the consequences of breaching the agreement, which could result in civil and criminal penalties. Key points covered include obligations concerning non-disclosure, the scope of access to CUI, requirements for training on CUI protection, and the necessity of reporting any breaches. The agreement also specifies that these responsibilities extend beyond the duration of access and includes provisions for legal enforcement by the United States Government. The NDA ultimately serves as a critical mechanism to maintain the confidentiality and integrity of sensitive governmental information during the execution of federal contracts and grants.
    The Tactical Remote Operations Node (TRON) Dual Request for Information (RFI) is a market research initiative by the U.S. Air Force aimed at gathering insights from qualified vendors for Interim Contractor Support and Sustainment services related to the TRON program. The RFI seeks vendor responses to explore both traditional and alternative off-the-shelf solutions to meet operational requirements. Key responsibilities for the prospective contractor include preventative and corrective maintenance, software updates, help desk support, training, supply chain risk management, and documentation processes. Interested businesses must self-identify and provide a detailed explanation of their capabilities, limited to 10 pages, and are required to handle proprietary information appropriately. The RFI also emphasizes that there is no contract commitment at this stage, and responses must be submitted by August 1, 2025. To access the System Requirement Document (SRD), vendors must meet specific eligibility criteria, including being a U.S. company with a Secret facility clearance. This RFI represents an important phase in determining potential sources for TRON's support and sustainment, reflecting the government's strategy for procurement and program management.
    The Tactical Remote Operations Node (TRON) V5 Dual Request for Information (RFI) seeks input from potential vendors to support the Air Force Life Cycle Management Center’s Aerial Networks Division in the interim contractor support and sustainment of TRON systems. The RFI is not a solicitation for proposals but a market research effort to identify capabilities among vendors for maintaining and supporting TRON communication nodes, which include both transportable and fixed types. Interested businesses are encouraged to submit their capabilities, including processes for preventative and corrective maintenance, software updates, help desk support, training, spare parts management, supply chain risk management, and other related sustainment services. The RFI also invites proposals for alternate off-the-shelf solutions that meet operational requirements. Respondents must possess a valid U.S. CAGE code and at least a Secret facility clearance. To receive a System Requirements Document (SRD), companies must complete attached documentation and submit visit requests for security clearance. Responses should be delivered by July 20, 2025, via email or the DoD Secure Access File Exchange, and must clearly indicate whether they include proprietary information. Overall, the RFI emphasizes the government’s quest for qualified vendors while outlining compliance and confidentiality requirements.
    The Tactical Remote Operational Node (TRON) Document Registration and Disclaimer Form is a legal document designed for contractors engaged with the Air Force Life Cycle Management Center (AFLCMC/C3NG). Its primary purpose is to ensure the responsible use of information provided by the government in relation to the TRON's Interim Contractor Support and Sustainment efforts. Contractors must pledge that the information will solely be utilized for refining cost/capability analyses and responding to related Requests for Information. Strict guidelines dictate that the received information must not be published, sold, or shared without prior authorization, and it is classified as Controlled Unclassified Information (CUI), restricted for domestic use only. The contractor commits to destroying the information once the work is concluded. The form includes fields for the contractor's name, contact details, and acknowledgment of these responsibilities, reinforcing compliance and confidentiality in the context of government contracts. This document highlights the federal government's emphasis on data security and proper handling of sensitive information in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to identify promising technologies for the Imaging & Targeting Support (I&TS) portfolio, which supports the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The objective is to solicit innovative projects that enhance Air Force airborne GEOINT capabilities, focusing on technologies with an initial Technology Readiness Level (TRL) of 4-6 and aiming to achieve TRL 6 or higher, with funding requirements capped at $2.5 million per year for projects lasting one to two years. This initiative is crucial for developing next-generation sensor and processing capabilities that adapt to evolving mission sets and threats, aligning with the Air Force's strategic goals outlined in the Chief of Staff's One Force Design document. Interested parties should submit white papers and tri-charts by 1600 EST on January 19, 2026, and can contact the primary representative, WING PM, at AFLCMC.WING.ITS@us.af.mil for further information.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Dept Of Defense
    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.
    RFI - CYBERSPACE OPERATIONS FORCES AND SUPPORT (COF) II
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information for the Cyberspace Operations Forces and Support (COF) II contract, aimed at enhancing cybersecurity defense for its enterprise. The procurement will focus on providing comprehensive cybersecurity services, including boundary defense, intrusion detection, incident management, and cyber threat analysis, with an emphasis on continuous improvement and compliance with Department of Defense standards. This contract is critical for national security, supporting operations across USTRANSCOM, Air Mobility Command, and Army Transportation Command, and will require 24/7 on-site support for various cybersecurity activities. Interested parties are encouraged to submit white papers detailing their capabilities and insights by December 22, 2025, as the current contract valued at approximately $35.5 million is set to expire in September 2026, with the new contract anticipated to run from October 2026 to September 2031. For further inquiries, contact Jonathan Severin at jonathan.a.severin.civ@mail.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    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.
    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.
    RFI - Enhanced Data Rate (SEDR) Waveform onto Operational Radios
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to assist in porting the Enhanced Data Rate (SEDR) waveform onto operational radios. This Request for Information (RFI) aims to identify vendors with the necessary technical expertise to implement the SEDR waveform, which includes obtaining required certifications such as NSA Type-1 for COMSEC and ensuring airworthiness for the radios used. The successful integration of this waveform is crucial for enhancing communication capabilities within military operations. Interested vendors must submit a Statement of Interest by December 19, 2025, detailing their qualifications and experience, with questions due by November 21, 2025. For further inquiries, vendors can contact Aidan Nugent at aidan.nugent@us.af.mil or Alexandra Hutchinson at Alexandra.Hutchinson.1@us.af.mil.
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    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.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within the Project Manager Terrestrial Sensors (PM TS) portfolio. The RFI aims to gather insights on novel and mature Technology Readiness Level (TRL) 8-9 C2 software technologies that are platform-agnostic, enhancing situational awareness and informing future investments in C2 and C5ISR systems. Interested parties are required to submit a Capability Statement, not exceeding 10 pages, by December 15, 2025, detailing their company information, past experience, and proposed C2 solutions, with the response due date for the RFI set for January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.